Full User Evaluation Quantities of Naval Security Forces Tactical Vest: Maritime and Law Enforcement Variants

Agency:
State: Florida
Level of Government: Federal
Category:
  • 84 - Clothing, Individual Equipment, and Insignia
Opps ID: NBD00159491281767024
Posted Date: Mar 18, 2024
Due Date: Apr 9, 2024
Source: Members Only
Follow
Full User Evaluation Quantities of Naval Security Forces Tactical Vest: Maritime and Law Enforcement Variants
Active
Contract Opportunity
Notice ID
N61331-24-T-FN01
Related Notice
N61331-24-SN-Q06
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NAVAL SURFACE WARFARE CENTER
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 18, 2024 03:31 pm CDT
  • Original Date Offers Due: Apr 09, 2024 04:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 24, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 8470 - ARMOR, PERSONAL
  • NAICS Code:
    • 315990 - Apparel Accessories and Other Apparel Manufacturing
  • Place of Performance:
    Panama City Beach , FL
    USA
Description

This is a combined synopsis/solicitation. NSWC PCD intends to award one or more orders for the Naval Security Forces Tactical Vest - Maritime and Law Enforcement (NTV-M and NTV-L) variants, Full Use Evaluation (NTV-FUE) as follows:



*Specifications and Drawings will be provided upon email request*



*The Draft PD is attached and will be finalized prior to award. The list of changes will be provided upon email request*



This requirement is a Small Business Set-Aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 315990 with a small busines size standard of 600 employees.





Section B - Supplies and or Services and prices/cost



Item Base /Option CLIN Quantity Est. Unit Cost Total Date Due

NTV-M, Size Small Base 0001 17 60 DAC

NTV-M, Size Medium Base 0002 31 60 DAC

NTV-M, Size Large Base 0003 29 60 DAC

NTV-M, Size Extra Large Base 0004 12 60 DAC

NTV-L, Size Small Base 0005 73 60 DAC

NTV-L, Size Medium Base 0006 148 60 DAC

NTV-L, Size Large Base 0007 136 60 DAC

NTV-L, Size Extra Large Base 0008 45 60 DAC

NTV LAT V50 Shoot Packs Base 0009 6 60 DAC

FUE 491

LAT 6

TOTAL 497



Section C - Statement of Work (See Attached)





Section D – Packaging and Markings



D-247-H005 MARKING AND PACKING LIST(S) – ALTERNATE I (NAVSEA) (OCT 2018)





Section F - Deliveries or performance



52.246-2 Inspection Of Supplies--Fixed Price AUG 1996



52.246-15 Certificate of Conformance APR 1984



52.246-16 Responsibility For Supplies APR 1984



52.247-34 FOB Destination



Section G – Contract Administration Data



252.204-7006 Billing Instructions



252.232-7003 Electronic Submission of Payment Requests and Receiving Reports



252.232-7006 WAWF Instructions





Section I – Contract Clauses



52.204-7 System for Award Management (Oct 2018)



52.204-13 System for Award Management Maintenance (Oct 2018)



52.204-16 Commercial and Government Entity Code Reporting (Aug 2020)



52.204-22 Alternative Line Item Proposal (Jan 2017)



52.211-14 Notice of Priority Rating For National Defense, Emergency Preparedness, and Energy Program Use (Apr 2008)



52.204-7 System for Award Management (Oct 2018)



52.204-13 System for Award Management Maintenance (Oct 2018)



52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020)



52.204-22 Alternative Line Item Proposal (Jan 2017)



52.211-14 Notice of Priority Rating For National Defense, Emergency Preparedness, and Energy Program Use (Apr 2008)



52.212-4 Contract Terms and Conditions -- Commercial Items (Dec 2022)



52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (Dec 2022)



52.222-50 Combatting Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627)



52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020)



52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct 2018)



52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013)



52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Nov 2021)



52.243-1 Changes Fixed-Price (Aug 1987)



52.245-1 Government Property (Sep 2021)



52.246-2 Inspection of Supplies-Fixed-Price.



52.252-1 Solicitation Provisions Incorporated By Reference (Feb 1998)



52.252-2 Clauses Incorporated By Reference (Feb 1998)



252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011)



252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Dec 2022)



252.204-7003 Control of Government Work Product (Apr 1992)



252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Jan 2023)



252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Jan 2023)



252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support (Jan 2023)



252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2023)



252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (Mar 2022)



252.204-7020 NIST SP 800-171 DoD Assessment Requirements (Jan 2023)



252.211-7007 Reporting of Government-Furnished Property (Mar 2022)



252.213-7000 Notice to Prospective Suppliers on Use of SPRS (Sep 2019)



252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors (Jan 2023)



252.223-7004 Drug Free Work Force (Sep 1988)



252.223-7008 Prohibition of Hexavalent Chromium (Jan 2023)



252.225-7012 Preference for Certain Domestic Commodities (Apr 2022)



252.225-7016 Restriction on Acquisition of Ball and Roller Bearings (Jan 2023)



252.225-7048 Export Controlled Items (Jun 2013)



252.225-7052 Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten (Jan 2023)



252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (Jan 2023)



252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (Jan 2023)



252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Jan 2023)



252.232-7010 Levies on Contract Payments (Dec 2006)



252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration (Jan 2023)



252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Jan 2023)



252.243-7002 Requests for Equitable Adjustment (Dec 2022)



252.244-7000 Subcontracts for Commercial Products or Commercial Services (Jan 2023)



252.245-7002 Reporting Loss of Government Property (Jan 2021)



252.245-7003 Contractor Property Management System Administration (Apr 2012)



252.245-7004 Reporting, Reutilization, and Disposal (Dec 2017)



252.246-7003 Notification of Potential Safety Issues (Jan 2023)



252.246-7007 Contractor Counterfeit Electronic Part Detection and Avoidance System (Jan 2023)



252.246-7008 Sources of Electronic Parts (Jan 2023)





Section J – List of Documents, Exhibits and Other Attachments





ATTACHMENTS



DOCUMENT DESCRIPTION PAGES DATE



Attachment J-1 Purchase Description, Body Armor, NTV NQ/PD 23-01 Rev B 94 29 Nov 2023



Attachment J-2 NTV Quality Assurance Letter of Instruction (QALI) 3 N/A



Attachment J-3 Performance Work Statement 12 N/A



Exhibit A Contract Data Requirements List 8 22 Aug 2023





Section K – Representations, Certifications, and Other Statements of Offerors





52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation (Jan 2017)



52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014)



52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)



52.204-26 Covered Telecommunications Equipment or Services—Representation (Oct 2020)



52.209-7 Information Regarding Responsibility Matters (Oct 2018)



52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction (Feb 2016)



52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services (Dec 2022)



52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals -- Representation (Dec 2016)



52.229-11 Tax on Certain Foreign Procurements--Notice and Representation (Jun 2020)



252.203-7005 Representation Relating to Compensation of Former DoD Officials (Sep 2022)



252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016)



252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services -- Representation (May 2021)



252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Sep 2019)



252.225-7055 Representation Regarding Business Operations with the Maduro Regime (May 2022) 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region - Certification (Dec 2022)







Section L – Instructions, Conditions, and Notices to Bidders





52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2023)





(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. However, the small business size standard for a concern that submits an offer, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees, or 150 employees for information technology value-added resellers under NAICS code 541519, if the acquisition--





(1) Is set aside for small business and has a value above the simplified acquisition threshold;





(2) Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror waives the price evaluation preference; or





(3) Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value.





(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show--





(1) The solicitation number;





(2) The time specified in the solicitation for receipt of offers;





(3) The name, address, and telephone number of the offeror;





(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;





(5) Terms of any express warranty;





(6) Price and any discount terms;





(7) "Remit to" address, if different than mailing address;





(8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);





(9) Acknowledgment of Solicitation Amendments;





(10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and





(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.





(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.





(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing.





(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.





(f) Late submissions, modifications, revisions, and withdrawals of offers:





(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due.





(2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and--





(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or





(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or





(C) If this solicitation is a request for proposals, it was the only proposal received.





(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.





(3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.





(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.





(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.





(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.





(h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.





(i) Availability of requirements documents cited in the solicitation.





(1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to--GSA Federal Supply Service Specifications Section, Suite 8100, 470 East L'Enfant Plaza, SW, Washington, DC 20407, Telephone (202) 619-8925, Facsimile (202) 619-8978.





(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.





(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:





(i) ASSIST (https://assist.dla.mil/online/start/).





(ii) Quick Search (http://quicksearch.dla.mil/).





(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by--





(i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm);





(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or





(iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.





(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.





(j) Unique entity identifier. (Applies to all offers that exceed the micro-purchase threshold, and offers at or below the micro-purchase threshold if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for



the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier.





(k) Reserved.





(l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:





(1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer.





(2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror.





(3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.





(4) A summary of the rationale for award;





(5) For acquisitions of commercial products, the make and model of the product to be delivered by the successful offeror.





(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.





(7) Offeror’s shall provide their respective DCMA office and point of contact.





(End of provision)







ADDITIONAL INSTRUCTIONS, CONDITIONS






  1. NOTIFICATION OF POTENTIAL ORGANIZATIONAL CONFLICT(S) OF INTEREST (NAVSEA) (JUN 1994)





(a) Offerors are reminded that certain existing contractual arrangements may preclude, restrict or limit participation, in whole or in part, as either a subcontractor or as a prime contractor under this competitive procurement. Of primary concern are those contractual arrangements in which the Offeror provides support to NSWC PCD or related laboratories (if applicable), in support of operation of the office or any of its programs. General guidance may be found in FAR 9.505; however, this guidance is not all inclusive. The Offeror's attention is directed to the "Organizational Conflict of Interest" (or similar) requirement which may be contained in current or completed contract(s) which prohibits the prime or subcontractor from providing certain supplies or services to the Government as described above during the period of the current "support" contract(s) or for a period after completion of the "support" contract(s). Notwithstanding the existence or non-existence of an Organizational Conflict of Interest (OCI) clause or similar requirement in current or completed contract(s), the offeror shall comply with FAR 9.5 and identify whether an OCI exists and not rely solely on the presence of an OCI requirement.





(b) If a potential conflict of interest exists at any tier, each potential prime offeror is requested to notify the Contracting Officer within 7 days of the date of this solicitation. The Offeror shall provide: (1) the contract number and name and phone number of the Contracting Officer for the contract which gives rise to a potential organizational conflict of interest; (2) a copy of the requirement; (3) the statement of work (or technical instruction) from the existing contract; (4) a brief description of the type of work to be performed by each subcontractor under the competitive procurement; and (5) any additional information the Contracting Officer should consider in making a determination of whether a conflict of interest exists. The Government may independently verify the information received from the offeror. Notwithstanding the above, the Government reserves the right to determine whether a conflict of interest exists based on any information received from any source.





(c) The Government will notify an offeror of any conflict of interest within 14 days of receipt of all required information. Those offerors deemed to have a conflict of interest may be ineligible for award. Failure to provide the information in a timely manner does not waive the Government's rights to make a conflict of interest determination. The offeror is notified that if it expends time and money on proposal preparation, such expenditure is at its own risk that the Government will not determine that an organizational conflict of interest exists.





(d) Any potential prime contractor which proposes a subcontractor later determined to have a conflict of interest and deemed ineligible to participate in the current competition, may not be granted the opportunity to revise its proposal to remove the ineligible subcontractor. The Government reserves the right to determine which offerors remain in the competitive range through the normal source selection process.





(e) If the offeror determines that a potential organizational conflict of interest does not exist at any tier, the offeror shall include a statement to that effect in its response to this solicitation.





1.0 GENERAL





1.1 It is the Offeror's responsibility to bring to the attention of the Contracting Officer at the earliest possible time, but prior to the closing date, any ambiguities, discrepancies, inconsistencies, or conflicts between the Statement of Work (SOW) and other solicitation documents attached hereto or incorporated by reference. The Government intends to award a Firm-Fixed Price contract. Once award is made, the Government will issue the delivery order.





1.2 Requests for all Government Furnished Information (GFI) (to include pattern files required for Factor 1-Section J-Attachment J-4) shall be submitted to Frances J. Negrón, via e-mail at Frances.j.negron.civ@us.navy.mil. The request shall include the name of the interested offeror, CAGE Code, and email addresses to send the GFI. All requests shall be submitted no later than fifteen calendar days after issuance of the solicitation. Requests submitted after fifteen calendar days will be honored but material may not be received prior to the solicitation closing date. Further, late requests provided may not result in an extension of the solicitation closing date and time.





1.3 All questions should be submitted via e-mail within 15 calendar days after issuance of this solicitation to the cognizant contract specialist, Frances J. Negrón at Frances.j.negron.civ@us.navy.mil and carbon copy (cc) to courtney.i.henslee.civ@us.navy.mil. Please submit all inquiries to both email addresses. Questions submitted after 15 calendar days of the solicitation issuance may or may not be answered prior to the closing date. Further, responses to questions submitted 15 days after solicitation issuance may not result in an extension of the solicitation closing date and time. Offeror’s questions that are answered will be addressed in subsequent amendments to the solicitation and will be posted to the Federal Business Opportunities Web page (FedBizOpps) at https://www.fbo.gov. Although every effort will be made, the Government makes no guarantee that all questions received within the allotted timeframe will be answered.





1.4 Award(s) will be made under this solicitation based on a best value source selection process. Proposals shall be emailed to Frances.j.negron.civ@us.navy.mil by the time and date specified on SAM.gov. Offerors must comply with the detailed instructions for the format and content of the proposal; proposals that do not comply with the detailed instructions for the format and content of the proposal may be considered unacceptable and may render the Offeror ineligible for award.





1.5 Each Offeror shall submit its proposals in its entirety by email. No hard copies will be accepted.





1.6 The Subject Line of the e-mail shall state the following: N61331-24-T-FN01, CONTRACTOR NAME,



VOLUME #.





1.7 E-mails shall not exceed 5 MB. Each individual volume of the proposal may be sent separately in an individual email. Each individual volume of the Proposal shall stand on its own as complete and inclusive and shall contain all pertinent information in sufficient detail to permit evaluation of the particular area of interest. All Volumes shall be unclassified. It is the offeror’s responsibility to ascertain that the email(s) containing the proposal has been received by the Contract Specialist identified above prior to the closing time/date.





1.8 It is recommended that if any sensitive or controlled unclassified information is submitted, the information should be encrypted. The encryption password shall be sent in a separate email prior to the closing date and time. Microsoft Office (2003 or later) compatible files are required. All filenames shall include the Offeror's company name and title/subject of file content; all files shall be named with the file extension .doc, .xls, .ppt, or .pdf.





1.9 Each proposal must be sufficiently complete to demonstrate the manner in which it is proposed to comply with the applicable requirements of the solicitation. Brochuremanship is not desired; clarity and completeness are



essential. Elaborate art work or expensive visual aids are neither necessary nor wanted.





PROPOSAL FORMAT:



2.1 All Offerors shall submit their proposals in accordance with the format and content specified. Proposals that do not comply with the format and content specifications may be considered unacceptable and may render the offeror ineligible for award.





2.2 Page Limitations: The Table below identifies page limitations for each volume of the proposal. Any pages submitted in excess of the page limitations will not be reviewed or evaluated. When both sides of a sheet display printed material, it shall be counted as two pages. Graphs, charts, and tables are included in the page count.





Volume Contents Page Limit



I Legal Offer No Page Limit



II Non-Price Proposal: Evaluation Factors 1 and 2. Limited to 20 Pages





2.2.1 The following are not included in the page limitations:





a. Title/Cover pages



b. Tables of contents



c. Glossaries of abbreviations and acronyms



d. Proposal Cross-Reference Tables



e. Past Performance References



f. Test data and results (includes test reports)





2.2.2 All documents that are excluded from the page count limitation may be included as appendixes.





2.2.3 The electronic proposal shall meet the following format requirements:





a. Disclaimer - Instructions regarding use of certain electronic products (i.e., Microsoft Office Products,



Adobe) listed herein shall not be construed as Government endorsement of specified products.





b. All file names shall include the Offeror's company name and title/subject of file content; all files shall be named with the file extension .doc, .xls, .ppt, or .pdf.





c. Compression tools are limited to PKZip or WinZip.





d. The electronic proposal, Volumes I and II, shall be prepared so that if printed, the proposal meets the



following format requirements: 8.5” x 11” paper, 12 point times new roman font, single-spaced typed



with 1 inch margins.





e. No graphics or pictures (brochuremanship) other than required or necessary graphs/tables/charts are



allowable in any volume of the proposal, with the exception of the staffing plan.





i. The font size for text contained in embedded graphics (tables and illustrations) shall be no smaller than 8



point Times New Roman font.





f. Volume I and II shall be submitted utilizing Microsoft Office Word or Adobe (2003 or later).





2.3 Page Numbering: The Offeror shall use a standard page numbering system to facilitate proposal references.



Consecutive pages shall be numbered within each section. Charts, graphs and other insert materials shall be page-numbered as part of the page numbering system.





2.4 Cover Page and Table of Contents:



a. Each proposal volume must include a Cover Page and a Table of Contents.





b. Volume I shall include a Master Table of Contents and a Proposal Cross-Reference Table. The Proposal Cross-Reference Table shall indicate the required proposal content and the section/page number where this content appears in the proposal.



c. The Cover Page shall identify the solicitation number, proposal volume and title, the Offeror’s name, address, phone number and electronic address.





2.5 Glossary of Abbreviations and Acronyms: Each volume shall contain a glossary which includes all



abbreviations, acronyms and their corresponding definitions. Glossaries will not count against page limitations.





2.6 Cost and Pricing Information: No cost or pricing information of any kind shall be included in Volume II.





2.0 PROPOSAL CONTENT AND DETAILED INSTRUCTIONS FOR EACH VOLUME





3.1 VOLUME 1: Legal Offer –





The Legal Offer must include the following:





a. Cover Letter shall:



b. Identifying: (1) the solicitation number, (2) all enclosures being transmitted as part of the proposal, and; (3) acknowledgement that it transmits an offer in response to the solicitation.



c. It shall state that the proposal is valid through 120 days after the proposal due date.



d. A statement specifying the Offeror’s unconditional agreement to the terms and conditions of the solicitation and agreement to furnish any and all items upon which prices are offered at the price set for each item.



e. Names, titles, phone numbers and electronic addresses of persons authorized to negotiate on the Offeror’s behalf with the Government in connection with this solicitation.



f. Names, title and signature of person authorized to sign the proposal. Proposals signed by an agent shall be accompanied by evidence of that agent’s authority.



g. Offeror’s Cage Code



g. Per 3.1.3, Organizational Conflict of Interest, if no conflicts of interest exist, then the Offeror shall clearly state this in its cover letter.



h. Organizational Conflict of Interest (OCI) and Mitigation Plan - In accordance with the Provision L-209-H009 Notification of Potential Organizational Conflict(s) of Interest paragraph (e), if the Offeror determines that a potential OCI does not exist at any tier, the Offeror shall include a statement to that effect in its response to this solicitation as part of Volume I. If the Offeror determines that they have a potential OCI, the Offeror shall follow the guidance of Provision





L-209-H009 Notification of Potential Organizational Conflict(s) of Interest, and submit an OCI Mitigation Plan with their proposal.





3.2 VOLUME 2: Non-Price Proposal





a. General - The non-price proposal shall not contain any reference to price.





i. The non-price proposal should be written so that management and engineering oriented personnel can evaluate the proposal and arrive at a sound determination as to whether the proposal meets the requirements of this solicitation. To this end, the proposal shall be specific, detailed and complete as to clearly and fully demonstrate that the prospective Offeror has a clear understanding of the solicitation requirements for each factor.





ii. Statements that paraphrase the specifications/Statement of Work or attest that "standard procedures will be employed” are inadequate to demonstrate how the proposal complies with the requirements of the specification, pattern files and/or Statement of Work.





iii. General statements that the offeror understands the problem and can or will comply with the requirements of the solicitation will be considered to be inadequate.





iv. In the event any portion of the non-price proposal is written by anyone who is not a bona fide employee of the firm submitting the proposal, a certificate to this effect shall be furnished. It must be signed by a responsible officer of the Offeror and shall show the author's name, employment capacity, the name of the person's firm, the relationship of that firm to the Offeror's, and the portion of the non-price proposal he/she wrote.





v. Technical information previously submitted, if any, may not be considered by the Government; hence, any such information should not be relied upon or incorporated in the Non-Cost/Price Proposal by reference.





vi. The Government will assess performance risk for each factor. Offerors shall specifically identify area(s) within their non-price proposal where risk is present and identify what steps they will take to mitigate this risk to ensure fully successful performance.





b. NON PRICE FACTORS - The Non-Price Factors include the following:





Factor 1 - Ballistic Performance/Material Data





Factor 2 - Manufacturing Capability







FACTOR 1: BALLISTIC PERFORMANCE/MATERIAL DATA





The Offeror shall provide ballistic material data in the sequence provided below.





a. Ballistic Performance





The Offeror shall provide ballistic test data relevant to the ballistic performance requirements of the SOW



and Attachment J-1 NQ/PD23-01. All test data sheets shall originate from a National Institute of Justice (NIJ) certified



lab.





(1) Offeror shall provide NIJ certification letter for the ballistic package proposed for this solicitation



(2) Offeror shall provide the test data sheets that support the NIJ certification.



(3) Offeror shall provide test data sheets for V50, dry, zero-degree obliquity fragmentation threats per



Appendix D of Attachment J-1 NQ/PD23-01.



(4) Offeror shall provide other certifications to which the proposed NTV ballistic package has qualified. These certifications shall be on certifying organization's letter head.





b. Ballistic Material





The Offeror shall provide description of ballistic material from an ISO/ICE 17025 accredited laboratory in the sequence below.








    1. Offeror shall provide the areal density of the ballistic filler measured without a cover in





accordance with ASTM D3776, except units shall be expressed in lb/ft2.



(2) Offeror shall provide thickness (thinness) of ballistic filler measured without a cover to the nearest



0.01 inch when measured under 0.5 psi when tested in accordance with ASTM D1777.



(3) Offeror shall list material fiber types used in proposed ballistic package and where used (which



layer).





FACTOR 2: MANUFACTURING CAPABILITY





The Offeror shall confirm their ability to produce 491 NTV (M and L variants) and six shoot packs and present to DCMA 60 days after contract award. Offeror shall briefly describe production and quality assurance process to deliver a reliable product conforming to solicitation requirements





3.3 VOLUME III





FACTOR 3: PRICE PROPOSAL





a. Pricing information shall be submitted in its entirety. Offerors shall provide a price for each CLIN. $0.00 is not acceptable (excluding Not Separately Priced (NSP) CLINS).





b. If any amendments to the solicitation are issued the Offeror must ensure that such SAM.gov amendment(s) are signed, dated, and returned with the proposal by the submission date and time.





c. Ensure all the information for your company is current within the System for Award Management (SAM).






  1. Complete and submit all required Representations and Certifications.







Cognizant DCMA and ACO Offices:





The address and telephone number of the cognizant DCMA and ACO offices shall be furnished in this section at time of award.







CLAUSES INCORPORATED BY REFERENCE







52.214-34 Submission Of Offers In The English Language APR 1991



52.214-35 Submission Of Offers In U.S. Currency APR 1991



52.215-1 Instructions to Offerors--Competitive Acquisition JAN 2004







CLAUSES INCORPORATED BY FULL TEXT





52.216-1 TYPE OF CONTRACT (APR 1984)





The Government contemplates award of a Firm Fixed Price Fixed Quantity (FQ) contract resulting from this solicitation. The contract will consist of one delivery order.





(End of provision)





52.233-2 SERVICE OF PROTEST (SEP 2006)





(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from NSWC PANAMA CITY, DR. LUIS R. GELY, 110 VERNON AVE., PANAMA CITY, FL 32407-7001.





(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.





(End of provision)





52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)





This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):





https://www.acquisition.gov/





(End of provision)





52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984)





(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision.





(b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.





(End of provision)





Section M - Evaluation Factors for Award





CLAUSES INCORPORATED BY REFERENCE





52.225-17 Evaluation of Foreign Currency Offers FEB 2000



52.232-15 Progress Payments Not Included APR 1984





CLAUSES INCORPORATED BY FULL TEXT





52.212-2 EVALUATION--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)





(a) The Government will award a contract resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:





Factor 1: Ballistic Performance/Material Data



Basis for evaluation: Factor 1 will be evaluated as an overall factor with no subfactors. The Government will evaluate the degree to which the Offeror's approach conforms with the Attachment J-1, Purchase Description, Body Armor, NTV NQ/PD 23-01 Rev B, Attachment J-2 NTV Quality Assurance Letter of Instruction (QALI), Attachment J-3 Statement of Work/Performance Work Statement, and Exhibit A Contract Data Requirements List. The Government will evaluate the degree to which the Offeror's approach is realistic, thorough, and detailed. Additionally, the Government will evaluate the degree to which the Offeror demonstrates meeting or exceeding the requirements listed under Section L, Factor 1. The Offeror shall provide a narrative or tailored capability statement limited to 20 pages.





Factor 2: Manufacturing Capability



Basis for evaluation: Factor 2 will be evaluated as an overall factor with no subfactors. The Government will evaluate the degree to which the Offeror's manufacturing capabilities are realistic, thorough, and detailed. Additionally, the Government will evaluate the degree to which the Offeror demonstrates meeting or exceeding the requirements listed under Section L, Factor 2. The Offeror shall provide a narrative or tailored capability statement limited to 10 pages.





Factor 3: Price



This effort is firm-fixed-price. As a result, the risk of price escalation is on the Contractor and not the Government. Therefore, the Government will not conduct a price realism analysis. The Government will only evaluate the total proposed price for reasonableness. To determine the total evaluated price, the Government will add the “Amount” column for all of the CLINs in Section B. The Government anticipates adequate price competition and adequate price competition typically establishes reasonableness. However, the Government reserves the right to use other methods to determine reasonableness, but is not obligated to do so. The Government may reject a price proposal if it is materially unbalanced between line items or subline items.





Factor 4: Past Performance



Pass/Fail based on SPRS, CPARS, FAPIIS data. The Offeror’s shall submit a maximum of three past performance references including but not limited to prior similar, relevant historical from sales to Federal, State, or commercial entities. The Offeror shall provide a narrative or tailored capability statement limited to 5 pages.





Factors 1 and 2 are equal in importance and when combined are more important than Factor 3, Price. However, as competing proposals approach technical equality, Factor 3, Price will increase in importance. Factor 4 will be evaluated as stand-alone.





(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



(End of Provision)



ADDITIONAL EVALUATION FACTORS FOR AWARD



(a) The Government’s basis of evaluation is described here regarding the contract action.



(b) The Government will award up to two delivery order(s) to the offeror(s) who represent the best value to the Government under this delivery order. The Government reserves the right to award to the vendor(s) that the Government determines to be in its best interest. Within the best value continuum, the Government will employ a tradeoff analysis of price and non- price factors (FAR 15.101-1) in evaluating the proposals submitted. The Government will determine the best value based on the proposal responses to the evaluation factors in the solicitation. "Factors" shall include all of those evaluation factors which are described in this section. Any proposal that is found to be an “UNACCEPTABLE” in any factor of the nonprice proposal will result in the entire Proposal being deemed unacceptable and ineligible for award.



(c)The Government intends to evaluate proposals and award contracts to the Offerors based upon initial offers, without discussions. Therefore, each initial offer should contain the offeror’s best and most favorable terms and conditions from a cost or price and technical standpoint. However, if considered necessary, discussions may be conducted with offerors in the competitive range. Additionally, the contracting officer may determine that the number of most highly rated proposals that might otherwise be included in the competitive range exceeds the number at which an efficient competition can be conducted. The contracting officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals.



(d)Offerors must propose on all items in this solicitation to be eligible for award. $0.00 is not acceptable (except Not Separately Priced CLINS). The Government may reject any or all proposals if such action is in the Government’s interest.



(e)The Government may waive informalities and minor irregularities in proposals received.



(f)If an Offeror (a) takes exception to any of the terms and conditions of the RFP, (b) imposes additional conditions, or (c) omits material information required by this RFP, then the Government will consider an offer to be unacceptable and the Offeror to be ineligible for contract award. The Government reserves the right to change the terms and conditions of this RFP by amendment at any time prior to the source selection decision.



(g)The Government reserves the right to make an award to other than the lowest priced offeror or to the offeror with the highest non-price ratings.



(h)Evaluation criteria consist of two non-price factors and price for establishing the delivery order awardee.



(i)The following definitions will be used for the evaluations:



1.Deficiency is a material failure of a proposal to meet a Government requirement or a combination of weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level.



2.Risk, as it pertains to source selection, is the potential for unsuccessful contract performance. The consideration of risk assesses the degree to which an Offeror’s proposed approach to achieving the technical factor or sub-factor may involve risk of disruption of schedule, increased cost or degradation of performance, the need for increased Government oversight, and the likelihood of unsuccessful contract performance.



3.Weakness means a flaw in the proposal that increases the risk of unsuccessful contract performance.



4.Significant Weakness is a flaw that appreciably increases the risk of unsuccessful contract performance.



5.Strength is an aspect of an Offeror's proposal that has merit or exceeds specified performance or capability requirements in a way that will be advantageous to the Government during contract performance.



(j)This delivery order award will be made to the Contractor that is: (1) deemed responsible in accordance with FAR 9.104; (2) submitting a proposal that conforms to the solicitation's requirements, and; (3) considered the best value to the Government.



(k)Determination for the delivery order will be issued based upon evaluation of Factors 1- 4. Each of the non-price factors shall have adjectival ratings and Factor 3- Price shall be determined by a Total Evaluated Price (TEP). The (TEP) shall be comprised of the sum of the total firm fixed evaluated prices submitted for each Contract Line Item (CLIN). Factor 4 will be evaluated using past performance evaluations and systems.



(l)The following adjectival ratings/definitions shall be used for the evaluation of Factors 1, 2, 3, and 4. The combined technical/risk rating includes consideration of risk in conjunction with the strengths, weaknesses and deficiencies in determining technical ratings.



Rating Description



Outstanding - Proposal indicates an exceptional approach and understanding of the requirements, contains multiple strengths and risk of unsuccessful performance is very low.



Good - Proposal indicates a thorough approach and understanding of the requirements, contains at least one strength and risk of unsuccessful performance is low.



Acceptable - Proposal indicates an adequate approach and understanding of the requirements and risk of unsuccessful performance is no worse than moderate.



Marginal - Proposal has not demonstrated an adequate approach and understanding of the requirements and/or risk of unsuccessful performance is high.



Unacceptable - Proposal does not meet requirements of the solicitation, and thus, contains one or more deficiencies, and/or risk of unsuccessful performance is unacceptable. Proposal is unawardable.


Attachments/Links
Contact Information
Contracting Office Address
  • PANAMA CTY DIVISION 110 VERNON AVE
  • PANAMA CITY BEACH , FL 32407-7001
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >